36
Executive Engineer (AC&R) (I/C) Page 1 (Signature of the Bidder with Seal) Notice Inviting e-Tender For Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR. (File No.: AIIMS/BBSR/EE(AC&R)/48/2020) All India Institute of Medical Sciences Engineering Branch, Bhubaneswar (Odisha)-751019 www.aiimsbhubaneswar.edu.in NIT No. : AIIMS/BBSR/AC&R/FANI DAMAGE/06/2020 Estimated Cost : ₹13,41,795/- (Thirteen Lakh Forty-One Thousand Seven Hundred Ninety - Five Rupees Only) EMD : ₹26,850.00 (₹ Twenty-Six Thousand Eight Hundred Fifty only) Completion Period : 45 Days (from the date of issue of work order) Certified that, this tender document contains 36 pages only”. Executive Engineer (AC & R) (I/C) AIIMS, Bhubaneswar

(File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

  • Upload
    others

  • View
    14

  • Download
    0

Embed Size (px)

Citation preview

Page 1: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 1 (Signature of the Bidder with Seal)

Notice Inviting e-Tender

For

Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged

During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR.

(File No.: AIIMS/BBSR/EE(AC&R)/48/2020)

All India Institute of Medical Sciences

Engineering Branch, Bhubaneswar (Odisha)-751019

www.aiimsbhubaneswar.edu.in

NIT No. : AIIMS/BBSR/AC&R/FANI DAMAGE/06/2020

Estimated Cost : ₹13,41,795/- (Thirteen Lakh Forty-One Thousand Seven Hundred

Ninety - Five Rupees Only)

EMD : ₹26,850.00 (₹ Twenty-Six Thousand Eight Hundred Fifty only)

Completion Period : 45 Days (from the date of issue of work order)

“Certified that, this tender document contains 36 pages only”.

Executive Engineer (AC & R) (I/C)

AIIMS, Bhubaneswar

Page 2: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 2 (Signature of the Bidder with Seal)

Project Cell, AIIMS, Bhubaneswar

Name of Work :

Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged

During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR.

NIT No. : AIIMS/BBSR/AC&R/FANI DAMAGE/06/2020

INDEX

Page No

1. Cover 01

2 Subject & Index - 02

3. Notice Inviting e-Tender / Notice Inviting Tender - 03

4. Information & Instructions to Bidders for Tendering - 04 to 06

5. Declarations to be given by the Tenderers - 07

6. General Rules & Directions and General Conditions - 08 to 12

7. Form for Financial Information (Appendix `A’ refers) - 13

8. Form for details of all works of similar class completed during last 07 (Seven) Years (Appendix `B’ refers)

- 13

9. Form for Detailed information of the Bidder (Appendix `C’ refers) - 14

10. Bidders undertaking against Item Rate Bid for Work - 15

11. Special Conditions - 16 to 18

12. Technical Specification and Approved Make - 19 to 22

13. Technical Bid (Eligibility Criteria) - 23

14. Affidavit - 24

15. Form for Performance Security (Bank Guarantee) (Annexure - I) - 25

16. Format for Agreement - 26 to 29

17. Proforma of Schedules 30 to 31

18. Financial Bid (Schedule of Quantities) - 32 to 33

19. e-Tendering Instruction to the Bidder - 34 to 36

Page 3: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 3 (Signature of the Bidder with Seal)

ALL INDIA INSTITUTE OF MEDICAL SCIENCE, BHUBANESWAR

NOTICE INVITING e-TENDER

(a) Name of Work Name of work Repairing of HVAC Ducting & Ventilation Units

Are Damaged During Cyclone 'FANI' at Terrace of Hospital

Building, AIIMS, BBSR.

(b) Tender No. AIIMS/BBSR/AC&R/FANI DAMAGE/06/2020

(C) Estimated Cost ₹13,41,795/-(Thirteen Lakh Forty-One Thousand Seven

Hundred Ninety - Five Rupees Only)

(e) Earnest Money Deposit

(EMD) ₹26,850.00 (₹ Twenty-Six Thousand Eight Hundred Fifty

only)

(f) Performance Security

(Bank Guarantee)

5% of Tendered Cost.

(g) Security Deposit 5% of the Final Value.

(h) Tender documents will

be Issued From

Download from Institute Website.

(i.e.www.aiimsbubnaneswar.edu.in, www.tenderwizard.com /www.eprocedure.gov.in).

(i) Last Date, Time &

Place of Submission On 18/ 03/2020 at 14:00 Hours through online.

(j) Date, Time for opening

of Tender (Technical

Bids)

On 18/03/2020 at 15:30 Hours.

1. The time of submission of e-Tender is 18/03/2020 by 14:00 Hours. The indenting Bidder must read

the Terms & conditions of AIIMS, Bhubaneswar carefully. He/They should only submit his/her/their

bid if he/she/they consider himself/themselves eligible and he/she/they is/are in possession of all the

documents required.

2. Information and Instructions for bidders posted on website shall from part of bid document.

3. The Bid documents consisting of specifications, the schedule of quantities of various types of items to

be executed and the set of terms & conditions of the contract & special conditions of the contract to

be complied with and other necessary documents can be seen and downloaded from website

www.aiimsbubnaneswar.edu.inOr www.tenderwizard.com/AIIMSBBSR.

Executive Engineer (AC & R) (I/C)

AIIMS, Bhubaneswar

Page 4: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 4 (Signature of the Bidder with Seal)

INFORMATION AND INSTRUCTIONS TO BIDDERS FOR e‐TENDERING

The Executive Engineer (AC&R) (I/C) AIIMS, Bhubaneswar invites on behalf of Director, AIIMS,

Bhubaneswar, Item Rate Tender from reputed Contractor of in Two (02) Bid system (Technical & Financial)

from eligible contractors of CPWD, AIIMS, any Central Govt., State Govt., PSU, Autonomous Body, Govt. Hospitals etc. having successfully completed works of similar nature as per eligibility criteria for the following

work.

Ser. No. Description Details

(a) NIT No. AIIMS/BBSR/AC&R/FANI DAMAGE/06/2020

(b) Name of Work: Name of work Repairing of HVAC Ducting & Ventilation

Units Are Damaged During Cyclone 'FANI' at Terrace of

Hospital Building, AIIMS, BBSR.

(c) Estimated Cost ₹13,41,795/- (Thirteen Lakh Forty-One Thousand

Seven Hundred Ninety - Five Rupees Only)

(d) Earnest Money Deposit (EMD) ₹26,850.00 (₹ Twenty-Six Thousand Eight Hundred Fifty only)

(e) Period of Completion 45 Days (from the date of issue of work order)

(f) Last date and time of online submission

of tender On 18/03/2020 at 14:00 Hours through online.

(g) Time and date of on line opening of

Tender (Technical Bid) On 18/03/2020 at 15:30 Hours.

(h) Time and date of opening of Online

Financial Bids

To be intimated later on.

(i) Period during which hard copies of EMD

(in Original), Registration Certificates,

Undertaking and other Documents to

be submitted to The Executive Engineer

(AC&R) (I/C), Room No-327, 3rd Floor,

Academy Building, AIIMS, BBSR by the

Bidders for reference. However, the

Eligibility will be considered as per

uploaded documents.

To be submitted on same Days i.e. on 18//03/2020 by

15:00 Hours. In case the last day happens to be closed

holidays, these Documents shall be submitted on the next

working day failing which technical Bid will not be

considered for Evaluation.

(j) Mode of submission of Tender On Line.

1. The intending bidder must read the terms and conditions of Tender document carefully. He/they

should submit his/their bid if he considers himself eligible and he is in possession of all the certificates / documents required.

2. Information and Instructions for bidders for e‐tendering posted on website shall form part of bid document.

3. The bid document consisting of NIT, plans, specifications, the schedule of quantities of various types of

items to be executed and the set of terms and conditions of the contract to be complied with and

other necessary documents can be seen and downloaded from

http://www.tenderwizard.com/AIIMSBBSR or www.aiimsbhubaneswar.edu.in free of cost.

Page 5: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 5 (Signature of the Bidder with Seal)

4. For e-tendering of this tender, AIIMS has engaged e-portal maintained by M/s ITI Limited,

Bhubaneswar. Intending bidders shall have to register with M/s ITI Limited, Bhubaneswar to participate in the tendering process. For details kindly visit website

http://www.tenderwizard.com/AIIMSBBSR or contact Shri SANJEEB MAHAPATRA (Mobile No.

7377708585). If needed they can be imparted training on online bidding process as per details

available on the website.

5. The intending bidders must have valid class‐III digital signature to submit the bid.

6. The bid can be submitted only after depositing e-tender Processing Fee in favour of ITI Limited and

uploading the mandatory scanned documents as specified within the period of bid submission.

7. Copies of eligibility documents and EMD as specified in the notice inviting tender shall be scanned and uploaded on the e-tendering website within the period of tender submission. Bidder(s) can upload

documents in the form of JPG format, PDF format and any other format as permissible by the

e‐tendering portal.

8. Bidder(s) must ensure to quote rate of each item. The column meant for quoting rate in figures

appears in dark yellow colour and the moment rate is entered, it turns sky blue. In addition to this,

while selecting any of the cells a warning appears that if any cell is left blank the same shall be treated

as "0". Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item shall be

treated as "0" (ZERO). After submission of the bid online the contractor can re‐submit revised bid any number of times but before last time and date of submission of bid as notified.

9. After submission of bid online, it can be revised any number of times before specified time on last

date of submission of bid. While submitting the revised bid, bidder can revise the rate of one or more

item(s) any number of times (he need not re‐enter rate of all the items) but before last time and date

of submission of bid as notified.

10. Financial bids shall be opened online only for bidders for whom EMD and other documents are found

in order and who are found to be eligible to bid for work. On opening date, the bidder can login and

see the bid opening process. After opening of bids, he will receive the competitor bid sheets.

11. If the contractor is found ineligible after opening of bids, his bid shall become invalid.

12. If any discrepancy is noticed between the eligibility documents as uploaded at the time of submission

of bid and hard copies as submitted physically by the bidder, the bid shall become invalid.

13. The Bidder(s) shall have to submit original instrument/document(s) for EMD and self-certified copies of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility Documents to be scanned and uploaded within the period of bid submission: -

(a) Demand Draft of any scheduled Bank against EMD in favour of AIIMS, Bhubaneswar.

(b) Appendix `A to C’ duly filled in (Pages 13 & 14 ref.) and signed with stamp.

(c) Certificates of Work Experience & Completion Certificate of Similar Work from Client not

below the Rank of Executive Engineer or equivalent, as mentioned in Ser. No. - 4, Page No. - 8

refer under Eligibility Criteria.

(d) Certificate of Registration for GST and acknowledgement, up to date filed return if required.

(e) Copies of PAN Sheet.

Page 6: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 6 (Signature of the Bidder with Seal)

(f) Copies of Balance Sheets.

(g) Copy of Affidavit. (As per page no 24)

(h) Copies of ESI Registration (enclose latest challan copy).

(i) Copies of EPF Registration (enclose latest challan copy).

(j) The Bidder(s) should have their Registered Office/Branch in Bhubaneswar. If not, an Office

should be opened in Bhubaneswar within 30 (Thirty) Days of the award of Work. Details of

Address Proof of Office located at Bhubaneswar should be given to EE(AC&R) (I/C).

(k) Declarations to be given by the Tenderer(s) (as per Page 07.).

(l) Each page of the e-tender documents should be duly signed with seal otherwise the bid shall

become invalid.

14. Information & Instruction for Contractor will form a Part of NIT.

Executive Engineer (AC & R) (I/C)

AIIMS, Bhubaneswar

Page 7: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 7 (Signature of the Bidder with Seal)

DECLARATIONS TO BE GIVEN BY THE TENDERER(S)

It is to certify that: -

(a) I /We have gone through CPWD W-8 amended up to correction Slip No.6 as available on website

www.tenderwizard.com/ www.aiimsbhubaneswar.edu.inor in the office of Superintendent Engineer

and I/We agree with the terms and conditions of it and understood that it will form part of the agreement.

Date: _______________ Signature of the Tenderer(s)

(b) “I, ………………………. S/o Shri ……………………………… resident of ……………………………………. hereby certify

that none of my Relative(s) as defined in Paragraph 14 of CPWD W-6 is/are employed in AIIMS Electrical Zone, Odisha. In case at any stage, it is found that the information(s) given by me/us is/are

false/incorrect, AIIMS shall have the absolute right to take any action as deemed fit without any prior

intimation to me”.

Date: _______________ Signature of the Tenderer(s)

NOTE: - (To be certified by all the partners in case of partnership firms, by all the

directors in case of companies).

(c) “I/We undertake and confirm that eligible similar Work(s) has/have not been got executed through another contractor on back to back basis. Further, it is stated that, if such a violation comes to the

notice of Department, then I/We shall be debarred for bidding in AIIMS in future forever. Also, if such a violation comes to the notice of AIIMS, Bhubaneswar before date of start of work, the

Superintending Engineer shall be free to forfeit the entire amount of Earnest Money

Deposit/Performance Guarantee”.

Date: _______________ Signature of the Tenderer(s)

Page 8: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 8 (Signature of the Bidder with Seal)

GENERAL RULES & DIRECTIONS AND GENERAL CONDITIONS

The Executive Engineer (AC&R) (I/C) AIIMS, Bhubaneswar invites on behalf of Director, AIIMS,

Bhubaneswar, Item Rate Tender from reputed Contractor of in Two (02) Bid system (Technical & Financial)

from eligible contractors of CPWD, AIIMS, any Central Govt., State Govt., PSU, Autonomous Body, Govt. Hospitals etc. having successfully completed works of similar nature as per eligibility criteria for the following

work.

1. Name of Work: Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged

During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR.

2. The work is estimated to cost of ₹13,41,795/- (Thirteen Lakh Forty-One Thousand Seven

Hundred Ninety - Five Rupees Only). The estimate, however, is given merely as a rough guide.

3. Intending Bidder(s) is/are eligible to submit the bid provided he has definite proof from the appropriate

authority, which shall be to the satisfaction of the competent authority of having satisfactorily completed similar

works. The similar work means SITC of HVAC Machineries & Accessories.

4. Eligibility Criteria. Indenting Bidder(s), who fulfil following requirement shall be eligible to apply: -

(a) Three (03) similar completed works (SITC of HVAC Machineries & Accessories) each of value not less than 40% (i.e. for ₹5,36,718.00) of estimated cost put to tender or Two (02) similar completed works (SITC of HVAC Machineries & Accessories) each of value not less than 60%

(i.e. ₹8,05,077.00) of estimated cost put to tender or one (01) similar completed work (SITC of

HVAC Machineries & Accessories)of value not less than 80% (i.e. ₹10,73,436.00) of estimated cost put to tender in last 07 (Seven) Years ending 31st March 2019.

(b) The Bidder should have registration up to date Employee Provident Fund (EPF) Commissioner

and Employee State Insurance (ESI) Corporation. (c) The bidder should have positive net worth and should not have incurred loss in last 03 (Three)

Years ending i.e. by 31st March 2019, duly certified by Charted Accountant. (d) The experience of similar work should be from Central Govt., State Govt., PSU, Autonomous

Body, Govt. Hospitals. (e) Agreements shall be drawn with the successful bidder(s) for item/items on prescribed format.

Bidder(s) shall quote their rates as per various terms and conditions of the said form which will form part of the agreement.

(f) The bid document consisting of plans, specifications, the schedule of quantities of the various

type of items to be executed and the set of terms & conditions of the contract to be complied with and other necessary documents.

(g) Conditional Bids shall not be considered and will be out-rightly rejected at the very first

instance. (h) Average Annual Financial, the turnover during the last 3 years, ending 31st March 2019

should be at least 30% of the estimated cost.

5. Preparation & Submission of Tender through Online. The Tender should be submitted in 02 (Two) parts i.e. Technical Bid and Financial Bid Respectively. The Technical Bid should be sent by the

Page 9: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 9 (Signature of the Bidder with Seal)

Bidder(s) through online as “Technical Bid” for Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR.

6. Earnest Money Deposit. The bidder shall be required to submit the Earnest Money Deposit (EMD) for an amount of 26,850.00 (₹ Twenty-Six Thousand Eight Hundred Fifty only) by way of Demand Drafts (In favour of All India Institute of Medical Sciences, Bhubaneswar; payable at Bhubaneswar) only. Scanned Copy of same Demand Draft(s) must be uploaded/attached with the Technical Bid. The EMD of the successful Bidder(s) shall be returned after the successful submission of Bank Guarantee/Security Deposit and for unsuccessful bidder(s) it would be returned after Awarding of the Contract to successful bidder(s). Bid(s) received without Demand Drafts of EMD will be rejected.

7. Performance Bank Guarantee. The successful contractor will be required to furnish a Performance

guarantee of 05% (Five Percent) of Contract Value after receiving notification of award, in the form of Fixed Deposit Receipt or Bank Guarantee from any Nationalized Bank (as per clause-v) in the name of

the "All India Institute of Medical Sciences, Bhubaneswar" which shall be kept valid for a period of

60 days beyond completion of all the contractual obligations. The security deposit which is 05% of the final value can be forfeited by order of this Institute in the event of any breach or negligence or non–

observance of any condition of contract or for unsatisfactory performance or non-observance of any

condition of the contract. Performance Security will be discharged after completion of contractor’s performance obligations (including Warranty/Guarantee period) under the contract. In case the

contractor fails to deposit the said performance guarantee within the period including the extended

period if any, the Earnest Money deposited by the contractor(s) shall be forfeited automatically

without any notice to the contractor(s). The earnest money deposited along with tender shall be

returned after receiving the aforesaid performance guarantee.

8. Intending Bidder(s) is/are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their bids, the means of access to the site and in general shall

themselves obtain all necessary information as to risks, contingencies and other circumstances which

may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether

he inspects it or not and no extra charge consequent on any misunderstanding or otherwise shall be

allowed. The bidder(s) shall be responsible for arranging and maintaining at his/their own cost, all materials, tools & plants, water, electricity access, facilities for workers and all other services required

for executing the work unless otherwise specifically provided for in the contract documents. Submission of a bid by a bidder(s) implies that he/they has/have read this notice and all other

contract documents and has/have made himself/herself/themselves aware of the scope and

specifications of the work to be done and of conditions.

9. The Tender paper/documents can be seen/downloaded from Official website & submitted through

on-line. For any query, Executive Engineer (AC& R) (I/C), Phone: 0674–2476500, AIIMS, Bhubaneswar, may be contacted.

10. The Director, AIIMS, Bhubaneswar does not bind itself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without the assignment of any

reason. All bids in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the bidder shall be summarily rejected.

11. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids submitted by the contractors who resort to canvassing will be liable to rejection.

12. The Director, AIIMS, Bhubaneswar reserves to himself/herself the right of accepting the whole or any

part of the bid and the bidder shall be bound to perform the same at the rate quoted.

Page 10: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 10 (Signature of the Bidder with Seal)

13. The contractor(s) shall not be permitted to bid for works in the AIIMS, Bhubaneswar responsible for

award and execution of contracts, in which his/their near relative is posted as an officer in any capacity between the grades of Superintending Engineer and Assistant Engineer (both inclusive).

He/They shall also intimate the name of person(s) who are working with him/them in any capacity or

are subsequently employed by him/them and who are near relatives to any gazette officer in the

AIIMS, Bhubaneswar. Any breach of this condition by the contractor(s) would render him liable to be

removed from the approved list of contractors of this Department.

14. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor

for a period of one year after his retirement from Government service, without the prior permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or

any of his employees is found any time to be such a person who had not obtained the permission of

the Government of India as aforesaid before submission of the bid or engagement in the contractor’s service.

15. The bid for the works shall remain open for acceptance for a period of 90 days from the date of

opening of bids.

16. This notice inviting bid shall form a part of the contract document. The successful

bidder/ contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the

stipulated date of start of the work, sign the contract consisting of “The Notice Inviting bid, all the documents including additional conditions, specifications and drawings, if any, forming part of the bid

as uploaded at the time of invitation of bid and rate quoted online at the time of submission of bid

and acceptance thereof together with any correspondence leading thereto.

17. (a) Security Deposit equal to 05% of the Final Value will be deducted from the Bills of the Contractor.

(b) The Income Tax as applicable shall be deducted from the Bill unless exempted by the Income Tax

Department.

(c) The quoted Rates shall be inclusive of GST.

(d) Labour CESS @ 01% will be deducted from the Bill.

(e) Water charge @1% will be deducted from the bill (If use of Water from AIIMS, Bhubaneswar).

(f) Electricity charge @1% will be deducted from the bill (If use of Electricity from AIIMS, Bhubaneswar).

18. Goods and Services Tax (GST).

(a) GENERAL REMARKS ON TAXES & DUTIES: In view of GST Implementation from 1st July 2017,

all taxes and duties including Excise Duty, CST/VAT, Service tax Entry Tax and other indirect

taxes and duties have been submerged in GST. Accordingly, reference of Excise Duty, service Tax, VAT, Sales Tax, Entry or any other form of indirect Tax except of GST mentioned in the

bidding document shall be ignored.

(b) Bidders are required to submit copy of the GST Registration certificated while submitting the

bids wherever GST (CGST & SGST/UTGST or IGST) is applicable.

(c) “GST shall mean Goods and services Tax charged on the supply of material(s) and services. The

term ‘GST’ shall be construed to include the integrated Goods and Services Tax (Hereinafter referred to as “IGST”) or central Goods and Services Tax (hereinafter referred to as “CGST”) or

State Goods and services Tax (Hereafter referred to as “SGST”) or union Territory Goods and

services Tax (hereinafter referred to as “UTGST”).

Page 11: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 11 (Signature of the Bidder with Seal)

(d) Quoted price/rate(s) should be inclusive of all taxes and duties, except GST (i.e. IGST or CGST

and SGST /UTGST applicable in case of interstate supply or intra state supply respectively and cess on GST if applicable) on the final service. However, GST rate (including cess) to be

provided in the respective places in the price Bid. please note that the responsibility of

payment of GST (CGST & SGST or IGST or UTGST) lies with the supplier of Goods/services

(service provider) only. Supplier of Goods/Service (Service provider) providing taxable service

shall issue an invoice/Bill, as the case may be as per rules/regulation of GST. Further, returns and details required to be filled under GST laws & rules should be timely filed by supplier of

Goods /services (Service provider) with requisite details.

(e) The contractor(s) must be submitted GST Challan copy in original duly signed with stamp of firm, against this work before releasing Security Deposit (SD) money.

19. The Agency shall be solely responsible for compliance to the provisions of various Labour and

industrial laws, such as, wages, allowances, compensations, EPF, Bonus. Gratuity, ESI etc. relating to

personnel deployed by it at AIIMS, Bhubaneswar site or for any accident caused to them and the

institute shall not be liable to bear any expense in this regard. The Agency shall make payment of

wages to workers engaged by it by the stipulated date irrespective of any delay in settlement of its bill by AIIMS, Bhubaneswar for whatever reason. The Agency shall also be responsible for the insurance

of its personnel. The Agency shall specifically ensure compliance of various Laws / Acts, including but

not limited to with the following and their re-enactments / amendments / modifications: -

(a) The Payment of Wages Act 1936.

(b) The Employees Provident Fund & MP Act, 1952.

(c) The Contract Labour (Regulation) Act, 1970.

(d) The Payment of Bonus Act, 1965.

(e) The Payment of Gratuity Act, 1972.

(f) The Employees State Insurance Act, 1948.

(g) The Employment of Children Act, 1938.

(h) The Motor Vehicle Act, 1988.

(j) Minimum Wages Act, 1948.

20. Breach of Terms and Conditions. Noncompliance of any terms and conditions enumerated in the

contract shall be treated as breach of contract. Or In Case of breach of any terms and conditions as mentioned above, the Competent Authority, will have the right to reject the bid at any stage without

assigning any reason thereof and nothing will be payable by AIIMS, Bhubaneswar in that event the

EMD shall also stands forfeited.

21. Termination of Contract. AIIMS, Bhubaneswar would have the right to terminate the contract, in

case the work performance is not up to the standard, or in case there is any violation of AIIMS,

Bhubaneswar rules & regulations, or if there is any lapse in compliance of any labour legislation, or if there is any incident of indiscipline on the part of the Tenderer or his staff and the agreement may be

terminated. The decision of AIIMS, Bhubaneswar’s management in this regard would be final and

binding on the Tenderer. In such an event, AIIMS, Bhubaneswar shall have the right to engage any

other tenderer to carry out the task.

22. Arbitration. The Arbitration shall be held in accordance with the provision of the Arbitration and conciliations Act, 1996 and the venue of arbitration shall be at Bhubaneswar. The decision of the

Arbitrator shall be final and binding on the both parties.

23. Dispute Settlement. It is mutually agreed that all differences and disputes arising out of or in

connection with this agreement shall be settled by mutual discussions and negotiations if such

disputes and differences cannot be settled and resolved by discussions and negotiations then the

Page 12: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 12 (Signature of the Bidder with Seal)

same shall be referred to the sole Arbitrator appointed by the Director, AIIMS, BHUBANESWAR whose

decision shall be final and binding on both the parties. The contract shall be governed by laws and procedures established by Govt. of India, within the framework of applicable legislation and

enactment made from time to time concerning such commercial dealings/ processing.

24. The Lowest Bidder will be decided as per the Commutation Rates quoted by the Bidder for individual item.

25. Mode of Payment:

(a) The 100% payment will be released after due verification of final bill by Engineering-in-Charge or his representative after completion of work. The deduction of 5% towards security

deposit and other deduction towards taxes as per Government of India/AIIMS rule will be

made from the bill. No provision is given for RA bill payment in this contract. (b) It will be mandatory for the bidders to indicate their bank account number and other

relevant e-payment details so that payment could be made through RTGS/ Other mechanism.

27. GST and other Taxes as applicable shall be recovered/ paid from the contractor’s bill as per Govt. of

India/AIIMS Rules.

28. Penalty: All the work shall be completed within 45 Days from the date of issue of work Order by the Institute. All the aspects of safe installation shall be the exclusive responsibility of the Contractor. If

the contractor fails to complete the work on or before the stipulated date, then a penalty at the Rate of 0.50% per week of the total order value shall be levied subject to maximum of 10% of the total

order value.

29. Vendor shall submit following documents after execution of given work:

(a) Work Completion Certificate

(b) Testing & Commissioning Certificate

(c) Material Test Certificate

(d) Warranty/Guarantee Certificate

(f) Colour Photos for Executed work on glossary paper

(g) Non-Objection Certificate (NOC) against this work execution.

(h) GST return up to date Voucher.

(i) Bank Account Details

Executive Engineer (AC & R) (I/c)

AIIMS Bhubaneswar

Page 13: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 13 (Signature of the Bidder with Seal)

Appendix `A’

FORM FOR FINANCIAL INFORMATION (Financial Analysis)

Details to be furnished duly supported by figures in Balance Sheet/Profit & Loss Account duly Certified by the Charted Account, as submitted by the applicant to the Income Tax Department (copies to be attached).

Ser.

No. Description 2016-17 2017-18 2018-19

Note: Gross Annual Turn Over only.

Appendix `B’

FORM FOR DETAILS OF ALL WORKS OF SIMILAR CLASSCOMPLETED DURING THE LAST 07

(SEVEN) YEAR (I.e. FOR THE YEAR ENDING MAR 2019)

Ser.

No. Name of Work/ Project

Location Owner or Sponsoring Organization

Cost of Work in Lakhs

Date of Commencement as per Contract

Stipulated date of Completion

Actual date of Completion

Litigation/

Arbitration

pending/ In

progress with

details

Remarks

(a) (b) (c) (d) (e) (f) (g) (h) (i) (j)

1.

2.

3.

4.

5.

6.

7.

(Authorized Signature of the Bidder with Seal)

Page 14: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 14 (Signature of the Bidder with Seal)

Appendix `C’

FORM FOR DETAILED INFORMATION BY BIDDER

Name of Firm/Contractor/Supplier :

Complete Address and Telephone Number :

Name of Proprietor/Partner/Managing Director/Director :

Phone Number :

Mobile Number :

e-Mail ID :

Name and address of service centre nearby Bhubaneswar :

Whether the firm is a registered Firm (Yes/No.

Attach Copy of Certificate)

:

PAN Number.

(enclose the attested copy of PAN Card)

:

GST Number

(enclose the attested copy of GST Certificate)

:

Whether the firm has Uploaded the Bank Draft/Pay Order/

Banker’s Cheque of Earnest Money Deposit (EMD).

:

Whether the Firm/Agency is signed each and every page of

Tender/NIT

:

EPF No.

(Enclose the attested copy of EPF Registration Certificate)

:

ESI Code. :

Any other information, if necessary. :

(Authorized Signature of the Bidder with Seal)

Page 15: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 15 (Signature of the Bidder with Seal)

All India Institute of Medical Sciences Engineering Branch, Bhubaneswar (Odisha)-751019

www.aiimsbhubaneswar.edu.in

BIDDERS UNDERTAKING E-Tender for the work of: Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged

During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR. To be submitted online by:

(a) Time and date of online Opening of Technical Bids. : 18/03/2020 (15:30 Hours).

(b) Time and date of opening of Online Financial Bids. : To be intimated later.

T E N D E R

I/We have read and examined the notice inviting tender, schedule along with Appendices `A’ to `C’ as per Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, Clauses of

Contract, Special Conditions, Schedule of Rate & other documents and Rules referred to in the conditions of

contract and all other contents in the tender document for the work.

A sum of ₹26,850.00 (₹ Twenty-Six Thousand Eight Hundred Fifty only) is hereby forwarded in Bank

Guarantee of scheduled Bank/Demand Draft (In favour of All India Institute of Medical Sciences,

Bhubaneswar; payable at Bhubaneswar) of a scheduled Bank/Bank Guarantee issued by a scheduled Bank as

Earnest Money. If I/We, fail to furnish the prescribed Performance Guarantee within prescribed period. I/We agree that the said Director, AIIMS, Bhubaneswar or his successors, in office shall without prejudice to any

other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified, I/We agree that Director, AIIMS, Bhubaneswar or the successors in office shall

without prejudice to any other right or remedy available in law, be at liberty to forfeit the said performance

guarantee absolutely. The said performance guarantee shall be a guarantee to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to those in excess of that

limit at the rates to be determined in accordance with the provision contained in the tender form. Further,

I/We agree that in case of forfeiture of Earnest Money & Performance Guarantee as aforesaid. I/We shall be

debarred for participation in the retendering process of the work.

I/We undertake and Confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of AIIMS, Bhubaneswar,

then I/We shall be debarred for tendering in AIIMS, Bhubaneswar in future forever. Also, if such a violation

comes to the notice of AIIMS, Bhubaneswar before date of start of work, the Administrative Officer shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other records connected with

the work as secret/confidential documents and shall not communicate information/derived there from to any

person other than a person to whom I/We am/are authorized to communicate the same or use the

information in any manner prejudicial to the safety of the State.

Dated: *__________________ Signature of Contractor(s)

with full Postal Address

Witness: *

Address: *

(* To be filled in by the Contractor.)

Occupation: *

Page 16: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 16 (Signature of the Bidder with Seal)

SPECIAL CONDITIONS

1. Any facility not mentioned in this scope, but which is vital to “Name of work Repairing of HVAC

Ducting & Ventilation Units Are Damaged During Cyclone 'FANI' at Terrace of Hospital Building,

AIIMS, BBSR” are assumed to be included in the scope of work.

2. Electricity for erection of cable, T&P etc at site shall be arranged by Vendor(s).

3. Contractor(s) has/have to ensure safety and provide adequate supervision/precautions.

4. During working at site, some restrictions may be imposed by Engineer-in-Charge/Security staff of Corporation or Local Authorities regarding safety and security etc., the contractor(s) shall be bound to

follow all such restrictions/instruction & nothing extra shall be payable on this account & no claim for

delay on this account shall be entertained.

5. The tender shall be based on Conditions of Contract and tenderers are required to quote their own rates against each item in schedule of quantities (B.O.Q), which is enclosed. All rates shall remain firm

for the contract period/extended contract period.

6. If the contractor fails to proceed with the work within the stipulated time as specified from the date of

issue of work order to proceed with the work, The Competent Authority shall forfeit the earnest

money deposited (EMD) by him along with the tender.

7. All the works to be carried out in accordance with latest CPWD/BIS Specifications & also followed by

the I.E. rules and as per the directions of Engineer-in-charge.

8. Packing:

The supplier shall provide such packing of the goods, as is required to prevent their damages or

deterioration during the transit to their final destination as indicated in the contract. The packing shall

be sufficient to withstand, without limitation, rough handling during transit.

9. Drawing and Specifications:

A copy of tender documents and all relevant drawings and specifications viz. Indian standards, latest CPWD specifications etc. shall be made available at site if & when asked for reference.

10. Cost of Tests:

The cost of preparing samples and carrying out tests for quality of material or workmanship will be borne by the contractor except for such exclusions as are specifically mentioned in the specifications

laid down in contract. The cost of all test carried out by Laboratories directed by the Engineer-In-Charge will be borne by the contractor.

11. The work shall be carried out strictly as per the attached technical specifications, relevant IS

specifications.

12. The contractor has to get approved all the material from the Engineer-in-Charge before its actual use at site of work.

13. The scope of work includes all minor building works required for execution work such as cutting of

wall etc. and making good the same. Nothing extra will be paid to contractor for the same.

Page 17: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 17 (Signature of the Bidder with Seal)

14. The watch and ward of material and installation shall rest on the part of contractor during execution

of work and till handing over of the same after completion of work in accordance with schedule of work.

15. The contractor will take care of the building etc. while handling / installing the equipment to avoid

damages to the building. If any damages occur during execution of work, it shall be made good by

contractor without any extra cost.

16. Existing materials on good condition may be used after joint inspection by Engineer-in charge & AIIMS representatives & vendor.

17. Dismantling of non-used materials to be deposited at Engineering Dept. by the Firm.

18. For all items of said work; CPWD specifications with correction slips up to the date of receipt of tender

shall be followed. For the items which are not covered under CPWD specifications; the special

conditions /B.I.S. specifications shall apply. In this regard the decision of Engineer-in- charge shall be

final & binding.

19. Wherever any reference is made of any Indian Standard, it shall be taken as reference to the latest

edition with all amendments / revision issued thereto up to the date of receipt of tenders.

20. On account of security consideration, there could be some restrictions on the working hours, movement of vehicles for transportation of materials. The contactor shall be bound to follow all such

restrictions and adjust the program for execution accordingly, for which nothing extra shall be paid.

21. The work shall be carried out in a manner complying in all respects with the requirements of relevant bye laws of the local bodies, Labour Laws, minimum wages act, workmen compensation act and other

statutory laws enact by Central Govt. as well as State Govt.

22. No residential accommodation shall be provided to any of the staff engaged by the contractor. The

contractor shall not be allowed to erect any temporary set up for staff in the campus.

23. No claims of the labours shall be entertained by the Department including that of providing employment, regularization of services etc.

24. All T&P, ladders/Hydra etc, Electrical instruments for execution of internal electrification work,

required for execution of the work shall be arranged by the contractor.

25. Staff employed by the contractor should be well behaved, polite & courteous. Any complaint against

staff should be taken very seriously and such staff should be removed by the contractor immediately

from the site and replacement shall be provided immediately.

26. All dismantled material will be removed from site by contractor after verification of measurement of

the same by concern JE.

27. The contractor shall make all safety arrangement required for the labour engaged by him at his own cost. All consequences due to negligence or due to lapse of security/safety or otherwise shall remain

with the contractor. AIIMS Bhubaneswar will not be responsible for any mishap, injury, accident or death of the contractor’s staff. No claim in this regard shall be entertained / accepted by the AIIMS

Bhubaneswar. Also, Contractor is responsible to the damage caused to any man/material/ Govt.

property by his or his labour during execution of work and This should be rectified by the contractor at his own cost.

Page 18: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 18 (Signature of the Bidder with Seal)

28. Chases, holes & drilling works etc. shall be done using power operated tools in the cost of Contract.

No extra will be paid for the same.

29. For non-compliance or partial compliance of satisfactory execution of items, the Engineer-in-charge

reserves his rights to levy compensation in accordance with the scale of non-conformity and the

period for which this non-conformity continues. However, the total amount of this compensation for the whole contract shall not exceed 10% of the tendered value of this contract. This shall be without

prejudice to other remedies available to Engineer-in-charge under this contract to take action against the contractor(s).

30. The materials used for carrying out the work shall be of best locally available quality and the

contractor has to carry out the necessary testing of the material as ordered by the Engineer-in-Charge for its conformity and all testing charges shall be borne by the contractor.

31. In the case of discrepancy between the schedule of quantities, the Specifications and/or the Drawings, the following order of preference shall be observed: -

(a) Description of schedule of quantities (B.O.Q).

(b) General rules & Directions and General Conditions/ Special Conditions/CPWD Specifications.

(c) Indian standards specifications/BIS.

(d) Any reference made to any Indian standards specifications in these documents, shall imply to

the latest version of that standard, including such revisions/amendments as issued by the Bureau of

Indian Standards up to last date of receipt of tenders. The contractor shall keep at his own cost all

such publications of relevant Indian Standards applicable to the work at site.

(e) If there are varying or conflicting provisions made in any one document forming Part of

contract, Engineering In-charge shall be deciding authority and regard to the intention of the

document, his decision shall be final and binding on the Contractor.

Executive Engineer (AC & R) (I/C)

AIIMS Bhubaneswar

SIGNATURE OF THE CONTRACTOR

Page 19: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 19 (Signature of the Bidder with Seal)

TECHNICAL SPECIFICATION

1. GENERAL

Technical specifications in this section cover Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR. The scope of work

inclusive of Electrical Works/Mechanical Works/Civil Works. 2. STANDARDS AND CODES.

Latest up to date Indian Standard (IS) and Code of practice will apply to the equipment and the work covered by the scope of this contract. In addition, the relevant clauses of the Indian Electricity Act 1910 and Indian Electricity Rules 1956 as amended up to date shall also apply. Wherever, appropriate Indian Standards are not available, relevant British and/or IEC Standard shall be applicable. 3. WIRES. Wiring shall be carried out with FRLS insulated 660/1100-volt grade unsheathed single core wires

with electrolytic annealed standard copper (unless otherwise stated) conductors conforming to latest IS Code. All wire rolls shall be ISI marked. All wires shall bear manufacturer’s label and shall be brought to site in new and original packages. Manufacturer’s certificate, certifying that wires brought to site are of their manufacture shall be furnished as required.

4. LAYING AND DRAWING OF WIRES. 4.1. BUNCHING OF WIRES

Wires carrying current shall be so bunched in conduits that the outgoing and return wires are drawn into the same conduit. Wires originating from two different phases shall not be run in the same conduit.

4.2 DRAWING OF WIRES. The drawing of wires shall be done with due regard to the following precautions: No wire shall be drawn into any conduit, until all work of any nature, that may cause injury to wire is completed. Burrs in cut conduits shall be smoothen before erection of conduits. Care shall be taken in pulling the wires so that no damage occurs to the insulation of the wire. Approved type bushes shall be provided at conduit terminations. Before the wires are drawn into the conduits, conduits shall be thoroughly cleaned of moisture, dust, dirt or any other obstruction by forcing compressed air through the conduits if necessary. While drawing insulated wires into the conduits, care shall be taken to avoid scratches and kinks which cause breakage of conductors. There shall be no sharp bends. The Contractor shall, after wiring is completed, provide a blank metal/sun mica plate on all switch/outlet/junction boxes for security and to ensure that wires are not stolen till switches/ outlets etc. are fixed at no extra cost the contractor shall be responsible to ensure that wires and loop earthing conductors are not broken and stolen. In the event of the wire been partly/fully stolen, the contractor shall replace the entire wiring along with loop earthing at no extra cost. No joint of any nature whatsoever shall be permitted in wiring and loop earthing.

4.3 TERMINATION/JOINTING OF WIRES.

Sub-circuit wiring shall be carried out in looping system. Joints shall be made only at distribution board terminals, switches for socket outlets. No joints shall be made inside conduits or junction/draw/inspection boxes. Switches controlling socket outlets shall be connected in the phase wire of the final sub circuit only. Switches controlling socket outlets shall be connected in the neutral wire. Wiring conductors shall be continuous from outlet to outlet. Joints where unavoidable, due to any special reason shall be made by approved connectors. Specific prior permission from Engineer-in-Charge in writing shall be obtained before making such joint. Insulation shall be shaved off for a length of 15 mm at the end of wire like sharpening of a pencil and it shall not be removed by cutting it square or wringing. Strands of wires shall not be cut for connecting terminals. All strands of wires shall be twisted round at the end before connection. Conductors having nominal cross-sectional area

Page 20: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 20 (Signature of the Bidder with Seal)

exceeding 1.5 Sq. mm shall always be provided with crimping sockets. Tinning of the strands shall be done wherever crimping sockets are not available as per instructions of the Executive Engineer (Electrical). All wiring shall be labelled with appropriate plastic ferrules for identification. At all bolted terminals, brass flat washer of large area and approved steel spring washers shall be used. Brass nuts and bolts shall be used for all connections. The pressure applied to tighten terminal screws shall be just adequate, neither too less. Switches controlling socket outlets shall be connected to the phase wire of circuits only. Only certified valid license holder wiremen shall be employed to do wiring/jointing work. 4.4 LOAD BALANCING.

The contractor shall plan the load balancing of circuits in 3 phase installation and get the same approved by the Engineer-in-Charge before commencement of the work. 4.5 COLOUR CODE OF CONDUCTORS.

Colour code shall be maintained for the entire wiring installation – red, yellow, blue for three phases, black for neutral and green for earth

5. PERFORMANCE. Should the above tests not comply with the limits and requirements as above the contractor shall rectify the faults until the required results are obtained. The contractor shall be responsible for providing the necessary instruments and subsidiary earths for carrying out the tests. The above tests are to be carried out by the contractor without any extra charge. 6. MINIATURE CIRCUIT BREAKERS. The MCB’s shall be of the completely moulded design suitable for operation at 240/415 Volts 50 Hz system. The MCB’s shall have a rupturing capacity of 10 KA at 0.5 p.f. The MCB’s shall have inverse time delayed thermal overload and instantaneous magnetic short circuit protection. The MCB time current characteristic shall coordinate with XLPE cable characteristic. Type test certificates from independent authorities shall be submitted with the tender.

7. DUCTS 7.1 All ducts shall be fabricated either from Galvanised Sheet Steel (GSS) conforming to IS: 277 or aluminium sheets conforming to IS:737. The steel sheets shall be hot dip galvanized with MAT finish with coating of minimum 120 grams per square meter (GSM) of Zinc, GI sheets shall be lead free, eco-friendly and RoHS compliant 7.2 The thickness of sheets for fabrication of rectangular ductwork shall be as under. The thickness required corresponding to the longest side of the rectangular section shall be applicable for all the four sides of the ductwork. 7.3 All sheet metal connections, partitions and plenums required for flow of air through the filters, fans etc. shall be at least 1.25 mm thick galvanised steel sheets, in case of G.I. sheet ducting or 1.8 mm thick aluminium sheet, in case of aluminium sheet ducting and shall be stiffened with 25 mm x 25 mm x 3 mm angle iron braces. 7.4 Circular ducts, where provided shall be of thickness as specified in IS: 655 as amended up to date. 7.5 Aluminium ducting shall normally be used for clean room applications, hospitals works and wherever high cleanliness standards are functional requirements.

Page 21: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 21 (Signature of the Bidder with Seal)

7.6 Ducts shall be fabricated at site or factory fabricated and shall be generally as per IS: 655 "Specifications for metal air ducts", unless otherwise deviated in these General Specifications.

7.7 All the ducts up to 600 mm longest side shall be cross broken between flanges by a single continuous breaking. Ducts of size 600 mm and above shall be cross broken by single continuous breaking between flanges and bracings. Alternatively, beading at 300 mm centres for ducts up to 600 mm longest side, and 300 mm centres for ducts above 600 mm size shall be provided for stiffening.

7.8 As far as possible, long radius elbows and gradual changes in shape shall be used to maintain uniform velocity accompanied by decreased turbulence, lower resistance and minimum noise. The ratio of the size of the duct to the radius of the elbow shall be normally not less than 1:1.5.

7.9 Flanged joints shall be used at intervals not exceeding 2500 mm. Flanges shall be welded at corners first and then riveted to the duct. 8. FRESH AIR INTAKES

8.1 Fresh air intake grills shall be made of extruded aluminium sections.

8.2 A flanged frame using RS sections shall be provided on front face to conceal the gap between the louvers and the adjoining wall face. Corners of frame shall be welded. The frame shall be made structurally rigid.

8.3 Louvers made from extruded aluminium section shall be in modular panel form for ease of handling. These shall be free from waves and buckles. Vertical blades shall be truly vertical and horizontal blades shall be truly horizontal. Butt joints in blades shall not be accepted.

8.4 Additional intermediate equally spaced supports and stiffeners shall be provided to prevent sagging/ vibrating of the louvers, at not more than 750mm centres where the louver's length is longer than 750mm.

8.5 A bird wire screen made of 12 mm mesh in 1.6 mm steel wire held in angle or channel frame shall be fixed to the rear face of the louver frame by screens. 9. INSTALLATION OF METALLIC DUCT

9.1 The fabrication and installation shall be in a workmanlike manner. Duct work shall be rigid and straight without kinks.

9.2 All exposed ducts within the conditioned space shall have slip joints. Flanged joints shall not be used.

9.3 All joints shall be airtight.

9.4 Ducts shall be supported independently from the building structure and adequately, to keep the ducts true to shape. The support spacing shall be not more than 2 m. where ducts cannot be suspended from ceiling, wall brackets or other suitable arrangements, as approved by the Engineer-in-charge shall be adopted. Neoprene or other vibration isolation packing of minimum 6 mm thickness shall be provided between the ducts and the angle iron supports/brackets. Vertical duct work shall be suitably supported at each floor by steel structural members.

9.5 Where metal ducts or sleeves terminate in woodwork, tight joints shall be made by means of closely fitting heavy flanged collars. Where ducts pass through brick or masonry openings, wooden frame work shall be provided within the openings and the crossing ducts shall be provided with heavy flanged collars on either side of the wooden frame work, so that duct crossing is made leak-proof.

9.6 Duct connections to the ventilation unit shall be made by inserting a double canvas sleeve 100 mm long. The sleeve shall be securely bonded and bolted to the duct and unit casing.

Page 22: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 22 (Signature of the Bidder with Seal)

10. CANVAS

10.1 A conditioned air outlet from the cabinet should be provided with suitable flanges in order to connect it to the canvas of the supply air ducting at the cabinet top.

11. The entire work of fabrication/assembly and installation shall conform to sound engineering practice. The repair work shall be such as to cause minimum transmission of noise and vibration to the building structure.

LIST OF APPROVED MAKES (For work covered under this Contract)

Sl. No.

Item Name Name of the Make

1 GSS Sheet metal(0.80mm) Tata, SAIL, JINDAL, Equivalent

2 IRON Chanel Tata, SAIL, JINDAL, Equivalent

3 Nitrile rubber (O class,

25mm thickness

Armacell, Vidiflex, Equivalent

4 Metal box Anchor, Havells, Legrand or Equivalent

5 Grills / Louvers Caryaire, dynacraft, Ravistar or Equivalent

6 Push Buttons L&N, Siemence or Equivalent

Note: The make approval must be taken from Engineer- In- charge/ Executive Engineer (AC&R) before

installation.

Page 23: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 23 (Signature of the Bidder with Seal)

Technical Bid (Eligibility Criteria)

The scanned copies of the following mandatory documents to be uploaded on e-Tendering Portal in the

following format.

Sl.no. Details/ Particulars Uploaded

(Yes/No)

Page

No.

(A) Demand Draft of any scheduled Bank against EMD in favour of AIIMS, Bhubaneswar.

(B) Appendix `A to C’ duly filled in (Pages 13 & 14 ref.) and signed with stamp

(C) Certificates of Work Experience & Completion Certificate of Similar Work from Client not below the Rank of Executive Engineer or equivalent, as mentioned in Ser. No. - 4, Page No. - 8 refer under Eligibility Criteria

(D) Certificate of Registration for GST and acknowledgement, up to date filed return if required

(E) Attested Copies of PAN No.

(F) Copies of Balance Sheets.

(G) Copy of Affidavit. (As per page no 24)

(H) Copies of ESI Registration (enclose latest challan copy)

(I) Copies of EPF Registration. ( enclose latest challan copy )

(J) The Bidder(s) should have their Registered Office/Branch in Bhubaneswar. If not, an Office should be opened in Bhubaneswar within 30 (Thirty) Days of the award of Work. Details of Address Proof of Office located at Bhubaneswar should be given to EE(AC&R) (I/C).

(K) Declarations to be given by the Tenderer(s) (as per Page 07).

(L) Each page of the e-tender documents should be duly signed with seal otherwise the bid shall become invalid

Page 24: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 24 (Signature of the Bidder with Seal)

AFFIDAVIT (To be submitted on Rs. 100/- Indian Non-Judicial Stamp Paper)

I/We hereby certify that, the above firm has not been ever blacklisted by any Central/State

Government/Public Undertaking/Institute on any account.

I/We also certify that, Firm will supply the item(s) as per the specification given by Institution and

also abide all the Terms & Conditions stipulated in Tender.

I/We also certify that, the information given in Bid is true and correct in all aspects and in any case at

a later date, it is found that any details provided are false and incorrect, any contract given to the

concerned firm or participation may be summarily terminated at any state, the firm will be

blacklisted and Institute may impose any action as per e-Tender Rules.

“I/We undertake and confirm that eligible similar works(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for bidding in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee”.

Business Address: - Name:

_____________________

________________________

__________________________ (Signature of Bidder with Firm’s Seal)

Place: _____________ Dated: ___________

Page 25: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 25 (Signature of the Bidder with Seal)

Annexure – I

FORM OF PERFOMANCE SECURITY (BANK GUARANTEE)

1. In consideration of the Director, AIIMS, Bhubaneswar (hereinafter called “the Government “) having offered to accept the terms and conditions of the proposed agreement between and (hereinafter called “the said Contractor(s)”) for the work (hereinafter called “the said agreement}” having agreed to production of an irrevocable Bank Guarantee for Rs. (Rupees only) as a security/ guarantee from the contractor(s) for compliance of his obligation in accordance with the terms and conditions in the said agreement.

I/We (hereinafter referred to as Bank) hereby (Indicate the name of the Bank) undertake to pay to the

Government an amount not exceeding Rs. ______________(Rupees only) on demand by

Government .

2. I/We do hereby undertake to pay the (Indicate the name of the Bank) amount due and payable under this Guarantee without any demur, merely on a demand from the Government stating that the amount

claimed is required to meet the recoveries due or likely to be due from the said contractor(s). Any such

demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this

Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding

Rs.(Rupees _______________only).

3. I/We the said bank undertake to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the contractor (s) in any suit or proceeding pending before any court or

Tribunal relating thereto, our liability under this present being absolute and unequivocal.

4. The payment so made by us under this bond shall be valid discharge of our liability for payment there

under and the contractor (s) shall have no claim against us for making such payment.

5. I/ We further agree that the guarantee herein contained (Indicate the name of Bank) shall remain in

full force and effect during the period that would be taken for the performance of the said agreement and it shall continue to be enforceable till all the dues of the Government under or by virtue of the said

agreement have been fully paid, and its claims satisfied or discharged, or till Engineer-in- charge on behalf of

the Government, certifies that the terms and conditions of the said Agreement have been fully and properly carried out be the said contractor (s) accordingly discharges this guarantee.

6. I/We further agree with the Government that the (Indicate the name of Bank) Government shall have

the fullest liberty without our consent, and without affecting in any manner our obligations hereunder, to vary

any of the terms and conditions of the said agreement or to extend time of performance by the said

contractor (s) from time to time or to postpone for any time or from time to time any of the powers

exercisable by the Government against the said contractor (s) and to forebear or enforce any of the terms and conditions relating to the said agreement & we shall not be relieved from our liability by reasons of any such

variation or extension being granted to the said contractor (s) or for any forbearance, act of omission on that

part of the Government or any indulgence by the Government to the said contractor (s) or by any such matter or thing whatsoever which under the law relating to sureties would , but for this provision, have effect of so

relieving us.

7. The guarantee will not be discharged due to the change in the constitution of the Bank or the contractor (s).

We lastly undertake not to revoke this (Indicate the name of Bank) guarantee except with the previous

consent of the Government in writing.

8. This Guarantee shall valid up to ______________ unless extended on demand by Government, notwithstanding anything mentioned above, our liability against this Guarantee is restricted to Rs.

____________ (Rupees ___________________ only) and unless a claim in writing is lodged with us within six

months of the date of expiry or the extended date of expiry of this Guarantee all our liabilities under the

Guarantee shall stand discharged.

Dated the __________ day of _______________ for ____________________

Page 26: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 26 (Signature of the Bidder with Seal)

(Indicate the name of Bank)

Format for Agreement (To be made on Rs 100/- Judicial Stamp Paper)

This Agreement is made at...............on this.....................day of...................2020,

BETWEEN Director, AIIMS, Bhubaneswar represented through Superintending Engineer, AIIMS, BHUBANESWAR, ............................................................., (Hereinafter referred as the) (Address) “Principal/Owner”, which expression shall unless repugnant to the meaning or context hereof include its success or sand permitted as signs).

AND .....................................................................................................(Name and Address of the

Individual/firm/Company) through.................................................................... (Hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder(s)/Contractor(s)” and which expression shall unless repugnant to the meaning or context hereof

include its success or sand permitted as signs)

Preamble WHEREAS, the Principal/Owner has floated the Tender (NIT No AIIMS/BBSR/AC&R/FANI DAMAGE/06/2020

(here in after refer red to as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for: “Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR.” hereinafter referred to as the “Contract”. AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the Land, Rules & Regulations, Economic use of resources and of fairness/ transparency in its relation with its Bidder(s) and Contractor(s). AND WHEREAS to meet the purpose afore said both the parties have agreed to enter to this Agreement (hereinafter referred to as “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties. NOW, THEREFORE, inconsideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under: - Article - 1: Commitment of the Principal/Owner.

1. The Principal/Owner commit itself to take all measures necessary to prevent corruption and to observe

the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her family members, will in

connection with the Tender, or the execution of the Contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason. The

Principal/Owner will, in particular, before and during the Tender process, provide to all Bidder(s) the same

information and will not provide to any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the Tender processor the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct

in the past has been of biased nature.

2. If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal

offence under the Indian Penal Code (IPC)/Prevention of Corruption Act, 1988 (P C Act) or is in violation of the

Page 27: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 27 (Signature of the Bidder with Seal)

principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will

inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article - 2: Commitment of the Bidder(s)/Contractor(s)

1. It is required that each Bidder/Contractor (including their respective officers, employees and agents)

adhere to the highest ethical standard and makes, and report to the Government/Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the

tendering process and throughout the negotiation or award of a contract.

2. The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the Tender process and during

the Contract execution: -

(a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give

to any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to

any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind what so ever during the Tender process or during the execution of the

Contract.

(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or

understanding, whether formal or informal. This applies in particular to prices, specifications, certifications,

subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or

to cartelize in the bidding process.

(c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the

Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or passion to others, any information or documents provided by the Principal/Owner as part of the business relationship,

regarding plans, technical proposals and business details, including information contained or transmitted

electronically.

(d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of

agents/representatives in India, if any. Similarly, Bidder(s)/Contractor(s) of Indian Nationality shall disclose

names and addresses of foreign agents/representatives, if any. Either the Indian agent on behalf of the

foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where

an agent participates in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf

of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

(e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made,

is committed to, or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

3. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an

accessory to such offences.

4. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent

practice means a wilful misrepresentation or omission of facts or submission of fake/forged documents in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage by

or causing damage to justified interest of others and/or to influence the procurement process to the

detriment of the Government interests.

5. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive Practices

(means the act of obtaining something, compelling an action or influencing a decision through intimidation,

Page 28: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 28 (Signature of the Bidder with Seal)

threat or the use of force directly or indirectly, where potential or actual injury may be fall upon a person,

his/her reputation or property to influence their participation in the tendering process).

Article - 3: Consequences of Breach.

Without prejudice to any rights that may be available to the Principal/Owner under law or the Contract or its established policies and laid down procedures, the Principal/Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/Contractor accepts and undertakes to respect and uphold the Principal/Owner’s absolute right: -

1. If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article-2 above or in any other form, such as to put his reliability or

credibility in question, the Principal/Owner after giving 14 days’ notice to the contractor shall have powers to

disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract, if already

executed or exclude the Bidder/Contractor from future contract award processes. The imposition and

duration of the exclusion will be determined by the severity of transgression and determined by the

Principal/Owner. Such exclusion may before vigour for a limited period as decided by the Principal/Owner.

2. Forfeiture of EMD/Performance Guarantee/Security Deposit : If the Principal/Owner has disqualified

the Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the Contractor has accrued the right to terminate/determine the Contract according to Article-3(1), the

Principal/Owner apart from exercising any legal rights that may have accrued to the Principal/Owner, may in

its considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder(s)/Contractor(s).

3. Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor, or of

an employee or a representative or an associate of a Bidder or Contractor which constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has substantive suspicion in this regard, the Principal/Owner

will inform the same to law enforcing agencies for further investigation.

Article - 4: Previous Transgression.

1. The Bidder(s) declare(s) that no previous transgressions occurred in the last 05 years with any other Company in any country confirming to the anticorruption approach or with Central Government or State

Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from

the Tender process.

2. If the Bidder(s) make(s) incorrect statement on this subject, he can be disqualified from the Tender

processor action can be taken for banning of business dealings/holiday listing of the Bidder(s)/Contractor(s) as

deemed fit by the Principal/Owner.

3. If the Bidder(s)/Contractor(s) can prove that he has resorted/recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal/ Owner may, at its own discretion, revoke

the exclusion prematurely.

Article - 5: Equal Treatment of all Bidders/Contractors/Sub-contractors.

1. The Bidder(s)/Contractor(s) undertake(s) to demand from all sub-contractors a commitment in

conformity with this Pact. The Bidder/Contractor shall be responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its Sub-contractors/sub-vendors.

2. The Principal/Owner will enter in to Pacts on identical terms as this one with all Bidders and

Contractors.

3. The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the

Principal/Owner and the bidder, along with the Tender or violate its provisions at any stage of the

Tender process, from the Tender process.

Page 29: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 29 (Signature of the Bidder with Seal)

Article - 6: Duration of the Pact.

1. This Pact begins when both the parties have legally sign edit. It expires for the Contractor/Vendor 12

months after the completion of work under the contractor till the continuation of defect liability period,

whichever is more and for all other bidders, till the Contract has been awarded.

2. If any claim is made/lodged during the time, the same shall be binding and continue to be valid despite

the lapse of this Pacts as specified above, unless it is discharged/determined by the Competent Authority, AIIMS, Bhubaneswar.

Article - 7: Other Provisions.

1. This Pact is subject to Indian Law, place of performance and jurisdiction is the Bhubaneswar of the

Principal/Owner, who has floated the Tender.

2. Changes and supplements need to be made in writing. Side agreements have not be unmade.

3. If the Contractor(s) is/are a partnership or a consortium, this Pact must be signed by all the partners or

by one or more partner holding power of attorney signed by all partners and consortium members. In

case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

4. Should one or several provisions of this Pact turnout to be invalid; the remainder of this Pact remains

valid. In this case, the parties will strive to come to an agreement to their original intensions.

5. It is agreed term and condition that any dispute or difference arising between the parties with regard

to the terms of this Agreement/Pact, any action taken by the Owner/Principal in accordance with this

Agreement/Pact or interpretation thereof shall not be subject to arbitration.

Article - 8: LEGAL AND PRIOR RIGHTS.

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies

belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree that

this Integrity Pact will have precedence over the Tender/Contact documents with regard any of the provisions covered under this Pact.

IN WITNESS WHEREOF the parties have signed and executed this Pact at the place and date first above

mentioned in the presence of following witnesses:

.......................................................... ............................................................

(For and on behalf of Principal/Owner) (For and on behalf of Bidder/Contractor)

WITNESSES:

1. ................................... 2. ...................................

(Signature, Name and address) (Signature, Name and address)

Place:

Dated:

Page 30: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 30 (Signature of the Bidder with Seal)

PROFORMA OF SCHEDULES SCHEDULE ‘A’

(Reference to General conditions of Contract.)

Name of Work: Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR,

Estimated Cost of Work: ₹13,41,795.00

(a) Earnest Money = ₹26,850.00 (b) Performance Guarantee = 05% of Tendered Value

(c) Security Deposit = 05% of Final Value

SCHEDULE 'B' GENERAL RULES & DIRECTIONS:

Officer Inviting Tender: - Executive Engineer (AC & R) (I/C), AIIMS, Bhubaneswar Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined: -

in accordance with Clause -12.2 &12.3 = 50%

Definitions See below 2 (v) Engineer‐in-Charge Superintending Engineering

AIIMS, Bhubaneswar

2(viii) Accepting Authority Director AIIMS, Bhubaneswar

2(x) Percentage on cost of materials and : 15% labour to cover all over heads and profit

2(xi) Standard Schedule of Rates - Central Public Works Department Schedule of

Rates 2018 at Delhi with upto date correction slips

9(ii)

Standard AIIMS Contract Form - GCC for CPWD Works - 2014 as amended and

up to and including correction slip

(i) Time allowed for submission of Performance guarantee, : 07 Days

Program Chart (Time & Progress) and applicable Labour Licenses,

Registration with EPFO, ESIC & BOCW Welfare Board or proof of

applying thereof from the date of issue of letter of acceptance

(ii) Maximum allowable Extension with late fee @ 0.1% of : 01 to 15 days Performance guarantee amount beyond the period provided in

(i) above.

Clause – 2.

Authority for fixing compensation under Clause 2 Clause – 2A.

: Director, AIIMS, Bhubaneswar

Whether Clause 2A shall be applicable Clause – 5.

: No

Page 31: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 31 (Signature of the Bidder with Seal)

Time allowed for execution of work : 45 Days (after issue of work order).

Time of start of work: Within Seven days after issue of work order.

Number of days from the date of issue of letter of acceptance for reckoning date of start

: 07 Days

Authority to decide fair & reasonable extension of time for completion:

Superintending Engineer, AIIMS,

Bhubaneswar of work

Clause – 6A.

Whether Clause 6A shall be applicable : No.

Clause – 7A.

Whether clause 7A shall be applicable : YES.

Clause – 10B(ii).

Whether Clause 10B(ii) shall be applicable : No.

Clause – 10C. : Not applicable.

Clause – 10CA. : Not applicable.

Clause – 16.

Competent Authority for deciding reduced rates Clause – 25.

: Superintending Engineer AIIMS, Bhubaneswar

Settlement of dispute & Arbitration : Director, AIIMS, Bhubaneswar

Clause – 36(i).

Requirement of Technical Staff and rate of recovery in case of non-compliance shall be as per the following table: -

Value of Work

Ser.

No Minimum qualification of Technical Representative

Discipline Designation (Principal Technical/

Technical

representative)

Minimum

Experience

in years

Number Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause36(i)

(Figures) (Words)

For Agreement

amount up to

Rs150 Lakhs

(a) Graduate Engineer OR Diploma Engineer

Elect. Principal Technical

representative 02 years for Graduate Engineer/ 05 years for Diploma Engineer

1 Rs 15000/-

Rs Fifteen Thousand only

Page 32: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 32 (Signature of the Bidder with Seal)

Financial Bid (Schedule of Quantities)

NIT NO.: AIIMS/BBSR/AC&R/FANI DAMAGE/06/2020

Name of work Repairing of HVAC Ducting & Ventilation Units Are Damaged During Cyclone 'FANI' at Terrace of Hospital Building, AIIMS, BBSR

Sl DESCRIPTION UNIT QTY RATE TOTAL AMOUNT

1 Supply, installation, balancing and commissioning of fabricated at site GSS sheet metal rectangular/round Ducting complete with neoprene rubber gaskets, elbows, splitter dampers, vanes, hangers, supports etc. as per approved drawings and specifications of 0.80 mm sheet thickness complete as required.

Sqm. 380

2 Supplying and installation of channel iron 75 mm X 40 mm X 6 mm (7.14 kg per metre) for ducting support complete with clamps, bolts, nuts and washer etc including drilling of holes etc (as per requirement) and painting with primer and finished paint as required .

Mtr. 120

3 Supply of G.I. plate (10 cm X 10 cm X 5 mm)

kg 20

4 Supplying of 25 mm thickness duly laminated Aluminium foil of mat finish closed cell Nitrile rubber (Class “O”) insulation on existing duct after applying suitable adhesive for Nitrile rubber. The joints shall be sealed with 50 mm wide and 3 mm thick self-adhesive nitrile rubber tape insulation complete as per specifications and as required.

Sqm. 300

5 Supplying and installing following size of perforated Hot Dipped Galvanised Iron cable tray (Galvanisation thickness not less than 50 microns) with perforation not more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling with G.I. suspenders including G.I. bolts & nuts, etc. as required: -

5.1 100 mm width X 50 mm depth X 1.6 mm thickness

Mtr. 40

5.2 225 mm width X 50 mm depth X 1.6 mm thickness

Mtr. 50

Page 33: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 33 (Signature of the Bidder with Seal)

6 Almond Cable & Cable Tray dressing at terrace of Hospital Building. (Size: 200,300 mm Día)

Mtr. 100

7 SITC of manual ON / OFF Switch of MS construction assembly complete with box and push button.

Nos. 10

8 Supply, Installation of "10 Oz" Fire Proof Canvas Fabric Cloth for duct joints as required

Sqm. 50

9 Repairing work of Handle & Door Panel for Fresh Air unit

Nos. 6

10 Supplying & fixing of powder coated extruded aluminium Return Air Grills with louvers but without volume control dampers complete as required.

Sqm. 45

11 Supply and Installation of Welding Wire Iron net with PVC Coating Anti Bird Netting for Bird Production Net in duct mouth.

Sqm. 50

12 Demolishing brick work in Cement mortar manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction of Engineer-in-charge.

Cum 10

13 Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5 sq. Meters and under, including cutting the patch in proper shape, raking out joints and preparing and plastering with cement mortar 1:4 (1cement: 4 coarse sand) on the surface of the walls complete, including disposal of rubbish to the dumping ground, all complete as per direction of Engineer-in-Charge.

Sqm 60

14 Tile brick masonry work 5 cm thick with common burnt clay F.P.S. (non modular) tile bricks of class designation 10 in cement mortar 1:3 (1 cement : 3 coarse sand) in superstructure above plinth and up to floor five level

Sqm 32

Name : _____ Business Address: ______ Signature of the Bidder: - Date : ______

Place : Seal of the Bidder ________

Page 34: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 34 (Signature of the Bidder with Seal)

E-TENDERING INSTRUCTIONS TO BIDDERS

General

The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as given in this Tender

Document. Submission of Online Bids is mandatory for this Tender. E-Tendering is a new methodology

for conducting Public Procurement in a transparent and secured manner. Suppliers / Vendors will be the

biggest beneficiaries of this new system of procurement. For conducting electronic tendering, AIIMS

BHUBANESWAR has decided to use the portal www.tenderwizard.com/AIIMSBBSR through an ASP, M/s.

ITI Ltd., Bhubaneswar.

Instructions.

1. Tender Bidding Methodology. Two Stage Online Bidding.

2. Broad outline of activities from Bidders prospective:

(a) Procure a Class III Digital Signature Certificate (DSC).

(b) Register on the e-Procurement portal www.tenderwizard.com/AIIMSBBSR.

(c) Create Users on the above portal.

(d) View Notice Inviting Tender (NIT) on the above portal.

(e) Download Official Copy of Tender Documents from the above portal.

(f) Seek Clarification to Tender Documents on the above portal. View response to queries of bidders,

posted as addendum, by AIIMS, Bhubaneswar.

(g) Bid-Submission on the above portal.

(h) Attend Public Online Tender Opening Event (TOE) on the above portal - Opening of Technical Part.

(j) Post-TOE Clarification on the above portal (Optional) – Respond to AIIMS, Bhubaneswar’s Post-TOE

queries.

(k) Attend Public Online Tender Opening Event (TOE) on the above portal - Opening of Financial Part (Only

for Technical Responsive Bidders).

For participating in this tender online, the following instructions are to be read carefully. These instructions

are supplemented with more detailed guidelines on the relevant screens of the above portal.

3. Digital Certificates. For integrity of data and authenticity / non-repudiation of electronic records, and

to be complaint with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC), also

referred to as Digital Signature Certificate (DSC), of Class III, issued by a Certifying Authority (CA)

licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in].

4. Registration. To use the Electronic Tender portal www.tenderwizard.com/AIIMSBBSR, vendors need

to register on the portal. Registration of each organization is to be done by one of its senior persons

vis-à-vis Authorized Signatory who will be the main person coordinating for the

Page 35: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 35 (Signature of the Bidder with Seal)

e-tendering activities. In the above portal terminology, this person will be referred to as the

Super User (SU) of that organization. For further details, please visit the website/portal, and follow further instructions as given on the site. Pay Annual Registration Fee as applicable. (Rs

2000+ GST as applicable)

Note.: After successful submission of Registration details and Annual Registration Fee, please contact to the Help desk of the portal to get your registration accepted/ activated.

(a) The Bidder must ensure that after following above, the status of bid submission must become –

“Submitted”.

(b) Please take due care while scanning the documents so that the size of documents to be uploaded

remains minimum. If required, documents may be scanned at lower resolutions say at 150 dpi. However, it shall be sole responsibility of bidder that the uploaded documents remain legible.

(c) It is advised that all the documents to be submitted are kept scanned or converted to PDF format in a

separate folder on your computer before starting online submission.

(d) The Financial part/BOQ may be downloaded and rates may be filled appropriately. This file may also

be saved in a folder on your computer. Please don’t change the file names & total size of documents (Preferably below 5 MB per document) may be checked.

5. Bid submission. The entire bid-submission would be online on the Tender wizard portal i.e.

https://www.tenderwizard.com/AIIMS, Bhubaneswar.

6. Broad outline of submissions are as follows: -

(a) Submission of Bid Parts (Technical & Financial).

(b) Submission of information pertaining to Bid Security/ EMD.

(c) Submission of signed copy of Tender Documents/Addendums.

The TECHNICAL PART shall consist of Electronic Form of Technical Main Bid and Bid Annexure.

Scanned/Electronic copies of the various documents to be submitted under the Eligibility Conditions,

offline submissions, instructions to bidders and documents required to establish compliance to Technical

Specifications and Other Terms & Conditions of the tender are to be uploaded.

The FINANCIAL PART shall consist of Electronic Form of Financial Main Bid and Financial Bid

Annexure, if any. Scanned copy of duly filled price schedule (Section VII) for both packages are to be

uploaded. If required, additional documents in support of taxes, quoted duties etc may also be uploaded.

7. Tender Processing Fee. You pay processing fee (0.1% of ECV + GST as applicable (Min. 750/- &

Max 7500/- + GST as applicable)) through online (Credit card/ Debit card/ Net Banking), when

participating in the e-tender.

8. Public Online Tender Opening Event (TOE). The e-Procurement portal offers a unique facility for

‘Public Online Tender Opening Event (TOE). Tender Opening Officers as well as authorized representatives of bidder(s) can attend the Public Online Tender Opening Event (TOE) from the comfort

of their office(s). For this purpose, representatives of bidders (i.e. Supplier organization) duly authorized.

Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’ has

been implemented on the portal. As soon as a Bid is decrypted, the salient points of the Bids are

simultaneously made available for downloading by all participating bidders. The medium of taking notes

during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of

Page 36: (File No.: AIIMS/BBSR/EE(AC&R)/48/2020)€¦ · of all the scanned and uploaded documents on same day of opening of tender in the office of Tender Opening Authority. List of Eligibility

Executive Engineer (AC&R) (I/C) Page 36 (Signature of the Bidder with Seal)

‘Public Online Tender Opening Event (TOE)’. The portal a unique facility of ‘Online Comparison

Statement’ which is dynamically updated as each online bid is opened. The format of the Statement is based on inputs provided by the Buyer for each Tender. The information in the Comparison Statement is

based on the data submitted by the Bidders. A detailed Technical and / or Financial Comparison

Statement enhance Transparency. Detailed instructions are given on relevant screens. The portal has a

unique facility of a detailed report titled ‘Online Tender Opening Event (TOE)’ covering all important

activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating bidders for ‘Viewing/Downloading’. There are many more facilities and features on the portal. For a particular

tender, the screens viewed by a Supplier will depend upon the options selected by the concerned Buyer.

Important Note. In case of internet related problem at a bidder’s end, especially during ‘critical events’ such as – a short period before bid-submission deadline, during online public tender opening event it is

the bidder’s responsibility to have backup internet connections. In case there is a problem at the e-

procurement / e-auction service- provider’s end (in the server, leased line, etc) due to which all the bidders face a problem during critical events, and this is brought to the notice of AIIMS, BBSR by the

bidders in time, then AIIMS, Bhubaneswar will promptly reschedule the affected event(s).

9. Other Instructions. For further instructions, the vendor should visit the home-page of the portal. The complete help manual is available in the portal for Users intending to Register / First-Time Users,

Logged-in users of Supplier organizations. Various links are also provided in the home page.

Important Note.: It is strongly recommended that all authorized users of Supplier organizations should

thoroughly peruse the information provided under the relevant links, and take appropriate action. This

will prevent hiccups and minimize teething problems during the use of the said portal.

The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to: -

1. Obtain individual Digital Signature Certificate (DSC) well in advance of your first tender submission deadline on the portal.

2. Register your organization on the portal well in advance of your first tender submission deadline on

the portal

3. Get your organization’s concerned executives trained on the portal well in advance of your first tender

submission deadline on the portal

4. Submit your bids well in advance of tender submission deadline on the portal (There could be last

minute problems due to internet timeout, breakdown etc).

While the first three instructions mentioned above are especially relevant to first-time users on the

portal, the fourth instruction is relevant at all times. Minimum Requirements at Bidders end Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP) Broadband connectivity. Microsoft

Internet Explorer 8.0 or above. Digital Certificate(s) Vendors Training Program Necessary training to each

and every registered bidder under this portal shall be impacted by the ASP, M/s. ITI, Bhubaneswar, if

required, before participation in the online tendering.

For any further assistance, please contact Mr Swadesh Bal (07008064095/ 07377708585), Helpdesk-011-49424365 ITI email ID for mailing communication: -

[email protected]/[email protected]/ [email protected].